Active SLED Opportunity · FLORIDA · CITY OF HIALEAH, FL

    Batting Cage Management Services

    Issued by City of Hialeah, FL
    cityRFPCity of Hialeah, FLSol. 251168
    Open · 27d remaining
    DAYS TO CLOSE
    27
    due May 21, 2026
    PUBLISHED
    Apr 19, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    713990
    AI-classified industry

    AI Summary

    The City of Hialeah seeks experienced operators to manage and activate its batting cage facility at Babcock Park. The project involves facility restoration, programming, and community engagement with a focus on youth development. The opportunity is a Request for Proposal (RFP) with a due date of May 21, 2026.

    Opportunity details

    Solicitation No.
    251168
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 19, 2026
    Due Date
    May 21, 2026
    NAICS Code
    713990AI guide
    State
    Florida
    Agency
    City of Hialeah, FL

    Description

    The City of Hialeah is seeking qualified and experienced operators to manage and activate its batting cage facility at Babcock Park. This initiative is designed to transform an underutilized recreational asset into a vibrant, high-quality training and community hub that serves residents of all ages, with a strong emphasis on youth development.

    The selected operator will be responsible for restoring the facility to full operational condition, including repair of existing equipment and installation of necessary safety features, while delivering structured programming such as lessons and clinics. The City is particularly interested in partners who can provide affordable, accessible services to residents while maintaining a professional and sustainable operation.

    This opportunity is ideal for organizations with experience in sports training, baseball/softball instruction, or recreational facility management that are committed to community engagement, operational excellence, and youth-focused programming.

    Background

    The City is seeking qualified and experienced vendors to manage, operate, and fully activate the batting cage amenity located at Babcock Park. This amenity represents a valuable recreational asset with the potential to serve youth, families, and sports enthusiasts while enhancing community engagement and generating sustainable revenue.

    At present, the batting cage facility requires comprehensive operational oversight, including mechanical evaluation, repair, and ongoing maintenance. The selected vendor will be expected to bring the entire amenity to a fully functional and safe operating condition at its own expense. This includes demonstrating a clear understanding of batting cage systems (e.g., pitching machines, netting, electrical components, token/card systems, and structural elements) and the ability to proactively maintain and repair these systems to minimize downtime and ensure a high-quality user experience.

    This project is important to the City’s broader goals of expanding recreational offerings, activating underutilized park assets, and fostering public-private partnerships that deliver enhanced services to residents. A successful operator will not only restore the facility but elevate it into a vibrant destination that supports organized programming, casual use, and community events.

    Key challenges include addressing existing mechanical and operational deficiencies, establishing reliable day-to-day management practices, and creating a customer-focused environment that encourages repeat visitation. Vendors must demonstrate the capacity to respond quickly to maintenance needs, provide knowledgeable staff onsite, and maintain consistent service quality.

    The City strongly prefers vendors with recent (within the past two years) experience working with government entities, as such experience demonstrates familiarity with public sector expectations, accountability standards, and community-oriented service delivery. Additionally, proposers should demonstrate the ability to staff the facility with trained personnel capable of performing minor repairs, addressing customer concerns in real time, and maintaining a safe and welcoming environment.

    Beyond basic operations, the City is seeking a partner that can “hit the ball out of the park” by delivering innovative and comprehensive programming. This includes, but is not limited to:

    • Development of membership models and pricing structures that encourage regular use
    • Integration of food and beverage offerings to enhance the user experience
    • Creation of sponsorship and partnership opportunities to support financial sustainability
    • Collaboration with City staff on events, leagues, instructional programs, and community initiatives

    The ideal vendor will approach this opportunity as more than a facility management contract, but as a partnership with the City to transform the batting cage amenity into a high-performing, community-centered recreational destination.

    Project Details

    • Reference ID: 2025-26-039
    • Department: Parks & Community Engagement Department
    • Department Head: William Sanchez (Director of Parks Parks & Community Engagement)

    Important Dates

    • Questions Due: 2026-05-14T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-30T14:00:00.000Z — 651 E 4th Ave, Hialeah, FL 33010

    Addenda

    • Addendum #1 (released 2026-04-22T13:00:19.819Z) —

      Insurance Checklist added to the Solicitation Response section 1.5. Insurance Requirements & Checklist. Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • EXPERIENCE, QUALIFICATIONS, AND FINANCIAL CAPABILITIES (30 pts)

      This section evaluates the proposer's background, professional capability, and financial readiness to take on the facility's restoration and management.

      1. Cover Letter:

        1. A brief overview of the proposing company, including its mission, background, and relevant experience.

        2. Identification of an authorized representative, including full contact information and a legally binding signature.

      2. Company Experience & Qualifications:

        1. A summary of past projects or similar facilities operated by the proposer.

        2. Clear evidence of prior experience operating comparable recreational, athletic, or sports-related facilities, with an emphasis on delivering safe, organized, and community-oriented programming.

      3. Financial Capability:

        1. Documentation or other objective evidence demonstrating the proposer’s financial stability.

        2. Proof of capacity to fund the necessary initial capital improvements (e.g., repairing/replacing pitching machines, installing safety netting, and providing high-quality furnishings) and to sustain ongoing operations over the term of the agreement.
    • PROJECT UNDERSTANDING, PROPOSED APPROACH, AND METHODOLOGY (40 pts)

      This is the core operational section. It evaluates how the proposer intends to activate, staff, maintain, and program the facility on a day-to-day basis in alignment with City standards.

      1. Operational Plan:

        1. A detailed description of day-to-day facility operations, including the use of a POS system and the provision of necessary equipment (bats, helmets, balls).

        2. Proposed hours of operation (subject to City approval and acknowledging designated City holidays).

        3. An overview of the customer service approach, detailing how user experience and satisfaction will be monitored, maintained, and optimized.

      2. Programming & Community Engagement Plan:

        1. A description of proposed youth programming, including structure and frequency, as well as coordination with existing City programs.

        2. A description of programming for special populations, demonstrating a highly inclusive approach to service delivery.

        3. Details regarding instructional lesson and clinic offerings (format, scheduling, and participant engagement), acknowledging the prohibition of running independent leagues or camps.

        4. Marketing and branding strategies, including a timeline for Department approval of promotional materials.

      3. Community Accessibility & Affordability:

        1. Demonstration of how affordability will be maintained across all services.

        2. Explicit acknowledgment of providing free access to the facility for City-sponsored youth baseball programs.
      4. Staffing Plan:

        1. Proposed staffing levels and roles, assuring the minimum requirement of two (2) staff members on-site at all times (including one technician during regular hours and two during peak hours).

        2. Information on staff training, professional demeanor guidelines, and required certifications relevant to facility operations.

        3. Strict acknowledgment and compliance strategy for ensuring all assigned staff successfully complete Level 2 background screening (including fingerprinting) per Chapter 435, Florida Statutes, prior to commencing work.

      5. Maintenance & Capital Improvements Plan:

        1. A strategy for the initial activation of the site, including the repair/replacement of non-operational machines and the installation of safety features.

        2. A proposed daily cleaning schedule outlining routine upkeep to ensure the facility is continuously presentable.

        3. An equipment maintenance strategy addressing monthly and yearly inspection schedules, the replacement of facility lightbulbs, and a commitment to repair or replace broken machines within 48 hours.

      6. Safety, Security, & Reporting Protocols:

        1. Procedures for strictly enforcing safety and park rules.

        2. An incident management plan detailing the timely documentation and reporting of accidents, injuries, or behavioral issues to the Park Manager and City within established timeframes.

        3. Commitment to providing the City with monthly reports on revenue, attendance, and programming frequency.

       

    • PAST PERFORMANCE AND REFERENCES (10 pts)

      This section validates the proposer's past performance and references.

      1. A list of a minimum of two (2) completed or ongoing contracts within the last three (3) years, in which the Respondent provided Florida cities, counties, or other Florida governmental agencies with comprehensive management of recreational, athletic, or sports-related facilities as described in this Solicitation. 

      2. A list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person, and the current telephone number. 

    • PRICE (20 pts)

      This section evaluates the financial model presented to the public, ensuring market fairness, City compliance, and community accessibility.

      1. Pricing Proposal & Rate Schedule:

        1. A complete schedule of all proposed rates for residents and non-residents for entry/admission, cost per round of hitting, private lessons, group clinics, and bullpen rentals, to include duration (per hour) and maximum participants.

        2. A clear distinction showing reduced rates and pricing tiers specifically for City of Hialeah residents versus non-residents.

      2. Memberships and Packages:

        1. A description of any proposed membership structures, bulk packages, or group discount rates (including the procedure to track and issue passes for group events) to include duration and maximum participants.

    Submission Requirements

    • Solicitation Package
    • Letter of Intent (required)

      Each Respondent shall submit a letter of intent, which shall be signed by an authorized officer of the company or other Person authorized to bind the Respondent to the terms presented in its Response. The letter of intent must expressly state that the Respondent will provide the services requested in the Solicitation, in compliance with the terms in the Agreement, for the prices submitted with the Response.

    • Respondent's Statement of Organization (required)

      Please download the below documents, complete and have notarized. 

    • Subcontractor (required)

      Please download the below documents, complete and have notarized.

    • Subcontractor (required)

      Please download the below documents, complete, and upload.

    • Public Entity Crimes Affidavit (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete and have notarized. 

    • Insurance Requirements & Checklist (required)

      Please download the below documents, complete and have notarized. 

    • Drug-Free Workplace (required)

      Please download the below documents, complete and have notarized. 

    • Certification to Accuracy of Solicitation (required)

      Please download the below documents, complete and have notarized. 

    • City of Hialeah Disclosure Affidavit (required)

      Please download the below documents, complete and have notarized. 

    • Assignment of Antitrust Claims (required)

      Please download the below documents, complete and have notarized. 

    • E-Verify Sworn Statement (required)

      Please download the below documents, complete and have notarized. 

    • Is the entity's principle business location within Hialeah city limits? (required)

      If yes, please download the below documents, complete, and upload completed.

      If no, please download the form and upload blank.

    • Is the entity's principle business location within Hialeah city limits? (required)

      If yes, please download the below documents, complete, and upload completed.

      If no, please download the form and upload blank.

    • Common Carrier or Contracted Carrier Attestation (required)

      Please download the below documents, complete, and upload.

    • ”No sharing of personal identifying data with foreign countries of concern” (required)

      Please download the below documents, complete and have notarized. 

    • Bid Bond (required)

      The Bidder shall complete and submit the Bid Bond Form. AN ORIGINAL COPY OF THE BOND MUST BE RECEIVED PRIOR TO THE CLOSING DATE OF THE SOLICITATION IN ORDER FOR YOUR SUBMITTAL TO BE CONSIDERED RESPONSIVE. The bond must be delivered DIRECTLY to the Purchasing Division Office located at 501 Palm Avenue, 4th Floor, Hialeah, FL 33010. The office is open during normal business hours M-F 8:30 am-5 pm (excluding city-recognized Holidays).  

    • Affidavit Required by Section 787.06, Florida Statutes, “Human Trafficking” (required)

      Please download the below documents, complete and have notarized. 

    • Certificate of Receipt (required)

      Please download the below documents, complete, and upload.

    • Litigation and Debarments (required)

      To establish responsibility the Respondent cannot have one (1) or more of the following circumstances.

      A. Have a member, principal, officer, or stockholder who is in arrears or in default of any debt or contract involving the City, is not a debtor or in default to the City ; or is not a , guarantor, maker,  or surety upon any obligation to the City, and/or has failed to perform faithfully any contract with the City; or

      B. Have any record of any pending lawsuit(s) or unsatisfied civil judgments against the Respondent or conviction(s) of criminal acts including, without limitation, any crimes involving fraud or moral turpitude, fraud, deceit, or have ever been declared bankrupt or had a receiver appointed over their property or been the subject of an assignment for the be benefit of creditors in the past seven (7) years.

      C. Be on the convicted vendor list per “Public Entity Crimes”, Section 287.133, Fla. Stat and/or the Discriminatory Vendor List”, Section 287.134, Fla. Stat. or.

      D. Have been debarred within the past seven (7) years by any public agency in Florida 

      These findings of responsibility will apply jointly and severally to the Respondent as a business entity and to a member, principal, officer, or stockholder of the Respondent. 

      RESPONDENT MEETS ONE (1) OR MORE OF THE FOLLOWING CIRCUMSTANCES.

    • Litigation and Debarment Disclosure (required)

      If YES to the Litigation and Debarments question, please disclose within this text window. Failure to disclose any circumstances listed above shall result in a response being deemed NON-RESPONSIVE.

      If NO to the Litigation and Debarments question, please label this section as N/A".

    • CONFLICT OF INTEREST AND ETHICS (required)

      Each Respondent must confirm that the Respondent does not violate any of the following conflicts of interest provisions:

      (a) To the best of its knowledge, no officer, director, agent, or employee of the Respondent, or any relative of an officer, director, agent, or employee of the Respondent, is also an employee of the City.

      (b) To the best of its knowledge, no City employee owns, directly or indirectly, an interest of five percent (5%) or more in the Respondent’s firm or any of its subsidiaries or affiliates.

      (c) The Respondent does not directly or indirectly own or have a financial interest in more than ten percent (10%) of any other Respondent, regardless of whether such ownership is direct or through a parent, subsidiary, affiliate, other agreement or arrangement, or holding company of any other business entity.

      Each Respondent shall list and describe any professional or financial relationship that it has or had with the City, its elected or appointed officials, any employees or agents, or any of its agencies or component units, during the past five (5) years (i.e., since January 1, 2019), together with a statement explaining why each relationship do not constitute a conflict of interest relative to the services sought in this RFP. The
      Respondent shall have an ongoing obligation to give the Purchasing Division Director prompt written notice of any other professional or financial relationships that it enters into with the City, its elected or appointed officials, its employees or agents, or any of its agencies or component units before the Agreement is executed.

      Each Respondent must list all relationships that present potential, actual, or perceived conflicts of interest in connection with the Respondent’s potential work under this Solicitation. Concerning each such conflict, please provide a brief explanation of the facts and issues involved in the potential conflict. If the Respondent is not aware of any potential conflict, the Respondent should state there are no such conflicts expressly.

      Each Respondent must identify all persons that are involved with this Solicitation on behalf of the Respondent. In addition to the representatives previously addressed by the Respondent in their response to this Solicitation, please identify the names of any person serving as the Respondent’s lawyer, lobbyist, or public relations representative with regard to this Solicitation. The Respondent also must promptly notify the City Clerk in writing if any person is added to this list after the submittal of the Proposal.

      If the Respondent is participating in any discussions concerning a merger, acquisition, partnership, or assignment of the Agreement, please identify the other person(s) that may be participating in the work performed under the Agreement.

      RESPONDENT MEETS ONE (1) OR MORE OF THE FOLLOWING CIRCUMSTANCES.

    • Conflicts of Interest and Ethics

      If YES to the Conflicts of Interest and Ethics question, please disclose within this text window. Failure to disclose any circumstances listed above shall result in a response being deemed NON-RESPONSIVE.

      If NO to the Conflicts of Interest and Ethics question, please label this section as N/A".

    • Certification Regarding Debarment, Suspension, And Other Responsibility Matters (required)

      Please download the below documents, complete, and upload.

    • Assurance of Compliance (required)

      Please download the below documents, complete, and upload.

    • Respondent's Initial Section 3 Goals (required)

      Please download the below documents, complete, and upload.

    • Minority Business Utilization Commitment (required)

      Please download the below documents, complete, and upload.

    • Section 3 Packet (required)

      Please download the below documents, complete, and upload.

    • Section 3 Business Certification (required)

      Please download the below documents, complete, and upload.

    • Lap Certification of Current Capacity (required)

      The Contractor must certify that they have the financial capacity to complete the project. It is required that the Contractor download, complete, and submit attached form FDOT form # 525-101-46.

    • Lobbying Certification (required)

      Bidder must download FDOT form #375-030-33 and FDOT form #375-030-034d, complete, and upload.

    • Non-Collusion Declaration and Compliance with 49 CFR §29.110(a) (required)

      Please download the non-collusion declaration and compliance with 49 CFR §29.110(a) form, complete, and upload.

    • Vendor Eligibility Check Prior to Contract Award (required)

      Please download the vendor eligibility check prior to contract award form, complete, and upload.

    • Capacity to Perform

      To establish responsibility each Respondent must provide information demonstrating that the Respondent will be able to dedicate sufficient capable personnel, inventory, materials, equipment, and other resources to perform the work required under the Agreement. Each Respondent must identify and describe the resources it has available to serve the City.

    • Please upload a list of all capable personnel, inventory, materials, equipment, and other resources to perform the work required under the Agreement (required)
    • APPROACH TO CITY’S WORK

      Each Respondent must include a description of the systematic approach and actions to be taken to provide the services requested under the RFP. This systematic approach must describe, at a minimum, the established procedure and Respondent’s capability to follow all applicable rules and maintain a safe work environment from which the Respondent will perform the services pursuant to the requirements of the Agreement.

    • EXPERIENCE, QUALIFICATIONS, AND FINANCIAL CAPABILITIES (required)

      This section evaluates the proposer's background, professional capability, and financial readiness to take on the facility's restoration and management.

      1. Cover Letter:

        1. A brief overview of the proposing company, including its mission, background, and relevant experience.

        2. Identification of an authorized representative, including full contact information and a legally binding signature.

      2. Company Experience & Qualifications:

        1. A summary of past projects or similar facilities operated by the proposer.

        2. Clear evidence of prior experience operating comparable recreational, athletic, or sports-related facilities, with an emphasis on delivering safe, organized, and community-oriented programming.
      3. Financial Capability:

        1. Documentation or other objective evidence demonstrating the proposer’s financial stability.

        2. Proof of capacity to fund the necessary initial capital improvements (e.g., repairing/replacing pitching machines, installing safety netting, and providing high-quality furnishings) and to sustain ongoing operations over the term of the agreement.
    • PROJECT UNDERSTANDING, PROPOSED APPROACH, AND METHODOLOGY (required)

      This is the core operational section. It evaluates how the proposer intends to activate, staff, maintain, and program the facility on a day-to-day basis in alignment with City standards.

      1. Operational Plan:

        1. A detailed description of day-to-day facility operations, including the use of a POS system and the provision of necessary equipment (bats, helmets, balls).

        2. Proposed hours of operation (subject to City approval and acknowledging designated City holidays).

        3. An overview of the customer service approach, detailing how user experience and satisfaction will be monitored, maintained, and optimized.

      2. Programming & Community Engagement Plan:

        1. A description of proposed youth programming, including structure and frequency, as well as coordination with existing City programs.

        2. A description of programming for special populations, demonstrating a highly inclusive approach to service delivery.

        3. Details regarding instructional lesson and clinic offerings (format, scheduling, and participant engagement), acknowledging the prohibition of running independent leagues or camps.

        4. Marketing and branding strategies, including a timeline for Department approval of promotional materials.

      3. Community Accessibility & Affordability:

          1. Demonstration of how affordability will be maintained across all services.

          2. Explicit acknowledgment of providing free access to the facility for City-sponsored youth baseball programs.
      4. Staffing Plan:

        1. Proposed staffing levels and roles, assuring the minimum requirement of two (2) staff members on-site at all times (including one technician during regular hours and two during peak hours).

        2. Information on staff training, professional demeanor guidelines, and required certifications relevant to facility operations.

        3. Strict acknowledgment and compliance strategy for ensuring all assigned staff successfully complete Level 2 background screening (including fingerprinting) per Chapter 435, Florida Statutes, prior to commencing work.

      5. Maintenance & Capital Improvements Plan:

        1. A strategy for the initial activation of the site, including the repair/replacement of non-operational machines and the installation of safety features.

        2. A proposed daily cleaning schedule outlining routine upkeep to ensure the facility is continuously presentable.

        3. An equipment maintenance strategy addressing monthly and yearly inspection schedules, the replacement of facility lightbulbs, and a commitment to repair or replace broken machines within 48 hours.

      6. Safety, Security, & Reporting Protocols:

        1. Procedures for strictly enforcing safety and park rules.

        2. An incident management plan detailing the timely documentation and reporting of accidents, injuries, or behavioral issues to the Park Manager and City within established timeframes.

        3. Commitment to providing the City with monthly reports on revenue, attendance, and programming frequency.
    • Experience

      To establish responsibility each Respondent shall submit proof that a Respondent is a Person who is licensed or authorized to complete the Scope of Services required in this Solicitation and is licensed to do business in the State of Florida and in “Good” standing.

    • Upload the following: (required)

      A. Respondent must possess all required State of Florida, as well as any County and/or City licenses to operate and manage the batting cages at Babcock Park.

      B. Respondent must have three (3) years of experience in operating comparable recreational, athletic, or sports-related facilities.

      C. Respondent must be an active corporation or other incorporated business entity (e.g., LLC, etc.) in the State of Florida.

      D. Respondent must submit a copy of a valid Business Tax Receipt (BTR). 

    • Completed Project #1

      To establish responsibility each Respondent must provide proof of at least two (2) completed or ongoing agreements for the management of recreational, athletic, or sports-related facilities within the last three (3) years; or alternatively, each Respondent must submit proof that it has worked on a minimum of two (2) contract of substantially similar scope of services and value/cost, within the last three (3) years, in which the Respondent provided similar services to non-governmental entities; or a combination of both with at least two contracts being for work performed for a government entity. 

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of the Contract (required)
    • Completed Project #2

      To establish responsibility each Respondent must provide proof of at least two (2) completed or ongoing agreements for the management of recreational, athletic, or sports-related facilities within the last three (3) years; or alternatively, each Respondent must submit proof that it has worked on a minimum of two (2) contract of substantially similar scope of services and value/cost, within the last three (3) years, in which the Respondent provided similar services to non-governmental entities; or a combination of both with at least two contracts being for work performed for a government entity.  

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of Contract (required)
    • Reference #1

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE. 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number  (required)
    • Reference #2

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number (required)
    • Reference #3

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number (required)
    • SOLICITATION CONFIRMATION

      By submitting their response and price proposal, the respondent certifies they have followed all solicitation rules and are making a legally binding offer to accept any resulting award. 

    • RESPONSE & PRICE PROPOSAL CONFIRMATION (required)

      The Respondent certifies that this response and price proposal is submitted in accordance with the solicitation specifications and conditions governing this Solicitation, and that the Respondent will accept any award(s) made to them as a result of this Solicitation.

      This confirmation constitutes the unequivocal offer of the Respondent to be bound by the terms of its response and price proposal.

    • This Solicitation will be for (required)
    • Provide evaluation criteria for the RFP (required)

      Criteria may include but are not limited to:

      • Years of Experience
      • Years of Experience with a governmental entity.
      • Understanding and responsiveness to the solicitation as a whole or specific section(s).
      • Pricing
      • Proposer's Financials
      • Capacity to Perform
    • What is the estimated value of the project? (required)
    • How will the project be funded? (required)
    • What account(s) will be utilized for the expenditure? (required)

      If no account has been designated, please see OMB before continuing.

    • Please describe the other funding source, and provide an account number. (required)

      If no account has been designated, please see OMB. Be as detailed as possible when describing the funding source.

    • What will be the term of the resulting contract? (required)
    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Is Local Vendor Preference applicable to this solicitation? (required)
    • Is a pre-bid/pre-proposal meeting necessary? (required)
    • What is the address of the pre-bid/pre-proposal meeting site? (required)
    • Will subcontractors be allowed? (required)

      Note: A self-performance requirement sets a minimum percentage of work that the contractor must complete in this project rather than utilize subcontractors.

    • What is the ____% of the self-performance requirement? (required)
    • Will this project include Grant funded Roadway Construction? (required)
    • Which solicitation template was chosen? (required)
    • Does the project have completion estimate? (required)

      A completion estimate is important for solicitation projects because it is crucial for both the companies bidding on the project and the organization soliciting the bids.

      For bidders, the estimate is the foundation of their proposal, allowing them to:

      • Submit competitive and profitable bids.
      • Effectively manage resources like labor and materials.
      • Identify and plan for potential risks.

      For project owners, the estimate helps them to:

      • Accurately evaluate and compare different proposals.
      • Secure necessary funding by establishing a budget.
      • Monitor the project's progress and costs to prevent overruns.
    • What is the completion estimate for this project in calendar days? (required)

    Key dates

    1. April 19, 2026Published
    2. May 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.